Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2025 SAM #8474
SOURCES SOUGHT

63 -- View Stations and Port Switches

Notice Date
2/6/2025 8:41:53 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0195
 
Response Due
2/17/2025 12:00:00 PM
 
Archive Date
03/19/2025
 
Point of Contact
Charles Olise, Contract Specialist, Phone: 801-582-1565 x 3902
 
E-Mail Address
Charles.olise@va.gov
(Charles.olise@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice View Stations and Port Switches DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Response Instructions: Do not provide more than 8 pages, including cover letter page. Submit your response via email to charles.olise@va.gov Submit your response NLT 13:00 (MST) on Monday, February 17, 2025; Mark your response as Proprietary Information if the information is considered business sensitive. VA has identified the appropriate North American Industry Classification System (NAICS) Code as 339112 Surgical and Medical Instrument Manufacturing with a Small Business size of 1000 Employees. Please identify and explain any NAICS codes your company believes would better represent the predominated work included in the attached Statement of Work draft / Salient Characteristics List; Information Requested from Industry: In response to the Sources Sought, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses accordance with the Statement of Work draft / Salient Characteristics List. Vendor Name: SAM UEI #: Name of Manufacturer: Manufacturer Address: Estimated Delivery Time: SAC FSS contract number Vendor Point of Contract (POC) Name POC Phone Number: POC Email Address: View Stations and Port Switches For Sheridan VA Medical Center STATEMENT OF WORK (SOW) Background The Sheridan Health Care System is requesting new Milestone view stations for Sheridan VAHCS maximize employee accountability, as well as patient safety and protection. Scope The Sheridan VA Medical Center (VAMC) intends to award a Fixed Priced contract for: (2) view stations, (3) 24-port switch. This equipment will be installed at Sheridan VAHCS and must be compatible and operate from Sheridan VAHCS Gallagher system. The Milestone camera system will be intergraded into the Gallagher Command Center in future upgrades. The vendor will update all Milestone software to the most current available from the manufacture. If at anytime during the life of this contract that new software is available, the vendor will update the Sheridan VAHCS Milestone software to the most current. The vendor will supply a one-year maintenance and support option for the system equipment. During this time frame the vendor will update the system, provide programming support both on-site and by phone as needed, and replace defective hardware. Sheridan VAHCS requires a three-hour onsite timeframe due to expeditious speed in which this security system requires immediate attention. Brand Name or Equivalent: Line Item Description Unit Quantity 0001 BCDSF01-ELWS-I5-T10 View Station EA 02 0002 BCD-WA-1TB-35SHD EA 02 0003 BCD-WA-MDP-HDMI EA 04 0004 Axis T8524 PoE+ 24 Port Switch EA 03 0005 SPO-8315 PoE+ Injectors EA 03 0006 Installation JB 01 Salient Characteristics Vendor shall comply with all the following: Warranty: Software support and warranty information for all components, including Service Level Agreement details, and duration of agreement from date of system acceptance by owner (Sheridan VAHCS). Removal of current hardware. The vendor will execute the termination and disposal of unwanted hardware and/or wiring. The vendor will perform on-site training of the system. Supply all battery powered tools and/or hand tools, ladders, and subsequent equipment for installation. Supply all personnel protection equipment, steel toed boots, gloves, eye protection, appropriate weather clothing, safety equipment, and safety certifications. Be required to meet a three-hour response time to Sheridan VAHCS to make any necessary repairs and/or replacements to Gallagher/Milestone systems. Provide qualified, certified & experienced technicians for installation, service, and maintenance. Technicians shall hold current certifications with Gallagher Security and Milestone. Must adhere to all Sheridan VAHCS safety requirements and ensure continuous communication and deconfliction with Sheridan VAHCS Safety Officer. Safety and material selection submittals shall be complete prior to the commencement of onsite construction work. Provide live and full scope guidance, knowledge, training, and training aids to Sheridan VAHCS appointed personnel. Return all left-over (unused) product and materials to the Sheridan VAHCS. Installation shall include power, data and any other types of connections required to ensure operability of Milestone at Sheridan VAHCS. All wire connections shall be run in the method appropriate for the cable type (conduit, cable tray, etc.) per code. The vendor shall install expansion hardware and software as required to ensure future upgrades will be able to integrate Gallagher and Milestone software. Vendor shall ensure thorough testing that all new hardware and associated software function as intended. Vendor shall abide by all rules and regulations of Sheridan VAHCS. (Smoking, weapons, parking, etc.). Submit one (1) printed and one (1) electronic copy of project binder in final form. This copy shall contain as a minimum: Table of Contents for each element Vendor information - names phone numbers, and email for sales, technical support, and consumables reordering Lists of spare parts and replacement components recommended to be stored at the site for ready access Datasheets for all equipment Operation and maintenance manuals for all equipment Operation and maintenance procedures not covered in manufacture s manuals All systems and components shall have been thoroughly tested and proven in actual use. The vendor shall work closely with the Sheridan VAHCS Contracting Officer Representative (COR), Facility Management Service, and Office of Information Technology Service on all work that will cause network and/or other system outages. The vendor shall follow outage notification timelines as outlined in the specifications. To the extent possible, the vendor shall tailor work schedules such that outages occur outside of normal VA work hours (0730-1600). Specified hardware/software (Sheridan VAHCS) includes: View Station Scope Overview: 2 - BCDSF01-ELWS-I5-T10 View Station 2 - BCD-WA-1TB-35SHD 4 - BCD-WA-MDP-HDMI Installation Switch Scope Overview: 3 - Axis T8524 PoE+ 24 Port Switch Installation PoE+ Injector Scope Overview: 3 SPO-8315 PoE+ Injectors Installation Security Requirements The Contractor shall comply with the VA Personal Identity Verification procedures identified in the contract that implement Homeland Security Directive-12 (HSPD-12), Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) None. Other Pertinent Information or Special Considerations Contractor shall follow the below guidelines for their work schedule except by prior arrangement approved by the COR or CO. The Federal Government observes the following days as holidays: New Year s Day January 1st * Martin Luther King s Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th * Independence Day July 4th * Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th * Thanksgiving Day Fourth Thursday in November Christmas Day December 25th * Place of Performance VA Sheridan Health Care Sheridan VA Medical Center 1898 Fort Road Sheridan, WY 82801-8320
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d33e76e7cced4f26abfaebe144e07813/view)
 
Place of Performance
Address: VA Sheridan Health Care Sheridan VA Medical Center 1898 Fort Road Sheridan, WY 82801-8320
 
Record
SN07336099-F 20250208/250206230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.